Federal Bid

Last Updated on 20 Jul 2021 at 7 PM
Combined Synopsis/Solicitation
Newport Rhode island

iHawk Real-Time Simulation Hardware and Software Maintenance Renewal

Solicitation ID N66604-21-Q-0672
Posted Date 20 Jul 2021 at 7 PM
Archive Date 07 Aug 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nuwc Div Newport
Agency Department Of Defense
Location Newport Rhode island United states 02841

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Combined Synopsis and Solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quote (RFQ) number is N66604-21-Q-0672.

This requirement is being solicited as unrestricted under the applicable North American Industry Classification System (NAICS) Code 511210, with a size standard of $41.5 Million. The Naval Undersea Warfare Center, Division Newport Small Business Administration Procurement Center concurs with this determination.

Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to purchase iHawk Real-Time Simulation Hardware and Software maintenance renewals along with RedHawk and NightStar Software Tools maintenance renewals on a Firm Fixed Price, Sole Source basis from Concurrent Real-Time Inc., as identified below. Concurrent Real-Time Inc. is the only known source for these renewals and is the original equipment manufacturer (OEM) of the iHawk real-time simulation computer and RedHawk software tools.

The Period of Performance (POP) for all CLINs is 10/01/2021 – 09/30/2022

CLIN 0001

RedHawk OpenFabrics Enterprise Distribution Software Maintenance (p/n WA9020-L) Qty=5

Architect for iHawk w/RedHawk, 64-bit (p/n W-RHA-64) Qty=3

NightStar Tools, Additional User (p/n WU1221-LDV) Qty=3

RedHawkServer Per-Target (p/n W-RHL-S1) Qty=42

CLIN 0002

Nightstar Tools Software Maintenance (p/n WU1220-LDV2) Qty=1

CLIN 0003

iHawk Hardware & Software Maintenance Serial #591508 (p/n HQ000-2R30P-13Y30) Qty =1

RedHawk 5.4 High Performance Math Package Software Maintenance (p/n WL1900-L) Qty=1

Nightstar Software Maintenance (p/n WU1200-LDVF-U) Qty=1

CLIN 0004

iHawk Hardware & Software Maintenance Serial #s 599784, 599833 (p/n HQ000-2R32Q-10825)

Qty=2

RedHawk High Performance Math Package Software Maintenance (p/n WL1900-L) Qty=4

NightStar SW Tools (p/n WU1200-LDVF) Qty=2

CLIN 0005

iHawk Hardware HW & SW Maintenance Includes:

Real-Time Clock and Interrupt Module (p/n CM4484A) Qty=1

iHawk VME CPU Card (p/n RIQ11632-041) Serial # 643476, Qty=2

Architect for iHawk w/RedHawk, 64-bit (p/n W-RHA-64) Qty=1

RedHawk 5.4 Cluster Manager (p/n WA9017-L) Qty=1

Nightstar Tools Software Maintenance (p/n WU1221-LDV2) Qty=2

RedHawk Linux 6 Software Maintenance (p/n WA9086-J) Qty=3

CLIN 0006

iHawk Hardware Maintenance Serial # 618449 (p/n HQ000-2R33M-12850), Qty=1

iHawk Hardware Maintenance Serial # 618396 (p/n HQ000-2R33M-13V50) Qty=1

CLIN 0007

iHawk Hardware Maintenance Serial # 610902 (p/n HQ000-2R33M-1A850) Qty=1

CLIN 0008

iHawk FibreXtreme SL240 PCIe Hardware & Software Maintenance (p/n 730-RIQ11177-047) Qty=1

Includes iHawk FibreXtreme SL240 Software Driver v6 Maintenance (p/n 730-RIQ11177-033) Qty=1

RedHawk Linux 6 Software Maintenance (p/n WA9086-J) Qty=2

CLIN 0009

RedHawk OpenFabrics Enterprise Distribution Software Maintenance (p/n WA9020-L) Qty=1

RedHawk Linux 6 Software Maintenance (p/n WA9086-J) Qty=1

CLIN 0010

RedHawk Software Maintenance

Includes Architect Tools Software Maintenance (p/n W-RHA-64) Qty=1

RedHawk OpenFabrics Enterprise Distribution Software Maintenance (p/n WA9020-L) Qty=8

Nightstar Software Maintenance (p/n WU1220-LDVF) Qty=1

Nightstar Tools Software Maintenance (p/n WU1221-LDV) Qty=5

RedHawk Linux 6 Software Maintenance (p/n WA9086-J) Qty=8

CLIN 0011

RedHawk Software Maintenance Includes:

RedHawk 6 / Alpha Data ADB3 Kernal Device Driver Software Maintenance (p/n 730-RIQ11596-031) Qty=6

RedHawk Linux 6 Software Maintenance (p/n WA9086-J) Qty=6

RedHawk Driver for General Standards I/O Card (p/n WCS-GS-16AI64SS) Qty=6

RedHawk OpenFabrics Enterprise Distribution Software Maintenance (p/n WA9020-L) Qty=6

CLIN 0012

MOXA 4-Port PCIe Serial Board Hardware  Software Maintenance (p/n CS-MX-CP114EL-I-25) Qty=1

Includes RedHawk 6 / Alpha Data ADB3 Kernal Device Driver Software Maintenance (p/n 730-RIQ11596-031) Qty=1

RedHawk Linux Driver for CP-AD3224-DS A/D Card Software Maintenance (p/n WC-AD3224-DS) Qty=1

RedHawk Driver for CS-GS-16AI64SSX I/O Card Software Maintenance (p/n WCS-GS-16AI64SS) Qty=1

RedHawk Driver for CS-GS-16AO16x I/O Card Software Maintenance (p/n WCS-GS-16AO16) Qty=1

RedHawk Driver for CS-GS-OPTO32Ax I/O Card Software Maintenance (p/n WCS-GS-OPTO32A) Qty=1

RedHawk Driver for CS-MX-CPx I/O Card Software Maintenance (p/n WCS-MX-CP) Qty=1

Simulation Workbench Base License Software Maintenance (p/n WU8020-L) Qty=1

RedHawk Linux Software Maintenance (p/n WA9086-J) Qty=1

RedHawk OpenFabrics Enterprise Distribution Software Maintenance (p/n WA9020-L) Qty=1

ADLINK 7230-7296 Software Maintenance Renewal (p/n 730-RIQ11618-032) Qty=1

CLIN 0013

iHawk Hardware Single Board Computer HW Includes Real-Time Clock and Interrupt Module (p/n CM4484A) Qty=1

iHawk VME CPU Card (p/n RIQ11632-041) Qty=1

CLIN 0014

RedHawk OpenFabrics Enterprise Distribution Software Maintenance (p/n WA9020-L) Qty=2

RedHawk driver for CS-GS-16AI64SSx I/O Card (p/n WCS-GS-16AI64SS) Qty=1

RedHawk Linux 6 Software Maintenance (p/n WA9086-J) Qty=2

RedHawk Linux Driver Software Maintenance (p/n 730-RIQ12216-031) Qty=2

CLIN 0015

RedHawk Linux Driver Software Maintenance (p/n 730-RIQ12216-031) Qty=2

RedHawk OpenFabrics Enterprise Distribution Software Maintenance (p/n WA9020-L) Qty=2

RedHawk Linux 6 Software Maintenance (p/n WA9086-J) Qty=2

RedHawk Driver for General Standards I/O Card (p/n WCS-GS-16AI64SS) Qty=1

CLIN 0016

RedHawk Linux 6 Software Maintenance (p/n WA9086-J) Qty=1

RedHawk Linux Driver Software Maintenance (p/n 730-RIQ12216-031) Qty=1

RedHawk OpenFabrics Enterprise Distribution Software Maintenance (p/n WA9020-L) Qty=1

RedHawk Driver for General Standards I/O Card (p/n WCS-GS-16AI64SS) Qty=1

CLIN 0017

RedHawk Linux Driver Software Maintenance (p/n 730-RIQ12216-031) Qty=2

RedHawk OpenFabrics Enterprise Distribution Software Maintenance (p/n WA9020-L) Qty=2

RedHawk Linux 6 Software Maintenance (p/n WA9086-J) Qty=2

RedHawk Driver for General Standards I/O Card (p/n WCS-GS-16AI64SS) Qty=1

CLIN 0018

RedHawk Linux Driver Software Maintenance (p/n 730-RIQ12216-031) Qty=2

RedHawk OpenFabrics Enterprise Distribution Software Maintenance (p/n WA9020-L) Qty=2

RedHawk Linux 6 Software Maintenance (p/n WA9086-J) Qty=2

RedHawk Driver for General Standards I/O Card (p/n WCS-GS-16AI64SS) Qty=1

CLIN 0019

RedHawk Linux Driver Software Maintenance (p/n 730-RIQ12216-031) Qty=2

RedHawk OpenFabrics Enterprise Distribution Software Maintenance (p/n WA9020-L) Qty=2

RedHawk Linux 6 Software Maintenance (p/n WA9086-J) Qty=2

RedHawk Driver for General Standards I/O Card (p/n WCS-GS-16AI64SS) Qty=1

CLIN 0020

"RedHawk Software Maintenance, Includes RedHawk Server Per-Target Charge (p/n W-RHL-S1) Qty = 42

Architect for iHawk (p/n W-RHA-64) Qty = 3

RedHawk OpenFarbics Enterprise (p/n WA9020-L) Qty = 3

Nightstar Tools (p/n WU1221-LDV) Qty = 3

CLIN 0021

iHawk Hardware includes Spare Kit and GS PCIe 16AI64SSC Analog & Software Maintenance

Serial #667008 (p/n HQR73-2R32C-2AE30, HQ0SP-00712, CS-GS-16AI64SSC-E, HS002-3CBL-1) Qty=1

RedHawk Driver Software Maintenance (p/n WCS-GS-16AI64SS) Qty=1

RedHawk OpenFabrics Enterprise Distribution (p/n WA9020-L) Qty=1

RedHawk Linux Driver Software Maintenance (p/n 730-RIQ12216-031) Qty=1

FOB Destination: Newport, RI 02841 applies.

Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular.

The following provisions and clauses apply to this solicitation:

FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction

FAR 52.212-1, Instructions to Offerors - Commercial Items

FAR 52.212-2 Evaluation – Commercial Item

FAR 52.212-3, Offeror Representations and Certifications – Commercial Items

FAR 52.212-4, Contract Terms and Conditions - Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls,

DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reporter Cyber Incident Information,

DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting

DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

The full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://www.acquisition.gov/far/.

In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more. Payment will be via PIEE/WAWF.

If no surcharge is applicable, the Government’s preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) will be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation.

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines.

Registration information can be found at whttps://sam.gov.

Electronic and Information Technology Accessibility Requirements do not apply to this requirement in accordance with FAR 39.204 (b).

This notice is not a request for competitive quotes. All responsible sources may submit a capability statement, which will be considered by the Government. A determination not to compete this requirement based on responses to this notice is solely within the discretion of the Government.

Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.

Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor DUNS number.

Quotes shall be submitted electronically to Beata Jones at [email protected] and must be received on or before Friday, July 23, 2021 at 2:00PM Eastern Standard Time (EST).

For questions regarding this acquisition, please contact Beata Jones at [email protected].

Bid Protests Not Available

Similar Past Bids

Newport Rhode island 31 Aug 2020 at 3 PM
Gateway Arkansas 01 Nov 2016 at 12 PM
Newport Rhode island 11 Sep 2019 at 4 PM
Newport Rhode island 04 Sep 2018 at 5 PM
Newport Rhode island 04 Sep 2018 at 5 PM

Similar Opportunities

Falls church Virginia 11 Jul 2025 at 4 PM